› xfer... · Web viewLIST OF SCHEDULES. PLANS OUT FOR BIDS: JUNE 1, 2012. PRE BID MEETING: JUNE...

50
LIST OF SCHEDULES PLANS OUT FOR BIDS: JUNE 1, 2012 PRE BID MEETING: JUNE 6, 2012 AT 1:00 P.M. AT BLOSSOMLAND LEARNING CENTER. BID DUE DATE: ADDRESS BIDS TO BERRIEN RESA AND DELIVER TWO COPIES OF THE BID TO BERRIEN RESA’S ADMINISTRATIVE OFFICES LOCATED AT 711 ST. JOSEPH AVENUE, BERRIEN SPRINGS, MICHIGAN 49103 BEFORE 2:30 P.M. (LOCAL MICHIGAN TIME), JUNE 19, 2012. BOARD OF EDUCATION TO AWARD CONTRACT: JULY 9, 2012. BEGIN CONSTRUCTION: JULY 10, 2012 OR AS SOON AS POSSIBLE THEREAFTER. DATE OF SUBSTANTIAL COMPLETION: AUGUST 20, 2012. FINAL COMPLETION OF PROJECT (INCLUDING PUNCH LIST ITEMS): AUGUST 24, 2012. END OF LIST OF SCHEDULES

Transcript of › xfer... · Web viewLIST OF SCHEDULES. PLANS OUT FOR BIDS: JUNE 1, 2012. PRE BID MEETING: JUNE...

LIST OF SCHEDULES

PLANS OUT FOR BIDS: JUNE 1, 2012

PRE BID MEETING: JUNE 6, 2012 AT 1:00 P.M. AT BLOSSOMLAND LEARNING CENTER.

BID DUE DATE: ADDRESS BIDS TO BERRIEN RESA AND DELIVER TWO COPIES OF THE BID TO BERRIEN RESA’S ADMINISTRATIVE OFFICES LOCATED AT 711 ST. JOSEPH AVENUE, BERRIEN SPRINGS, MICHIGAN 49103 BEFORE 2:30 P.M. (LOCAL MICHIGAN TIME), JUNE 19, 2012.

BOARD OF EDUCATION TO AWARD CONTRACT: JULY 9, 2012.

BEGIN CONSTRUCTION: JULY 10, 2012 OR AS SOON AS POSSIBLE THEREAFTER.

DATE OF SUBSTANTIAL COMPLETION: AUGUST 20, 2012.

FINAL COMPLETION OF PROJECT (INCLUDING PUNCH LIST ITEMS): AUGUST 24, 2012.

END OF LIST OF SCHEDULES

BID SOLICITATION

FROM:

1.01 The Owner (hereinafter referred to as Berrien RESA):

A. 711 St. Joseph Avenue, Berrien Springs, Michigan 49103

1.02 BID DUE DATE: JUNE 19, 2012

1.03 TO: POTENTIAL BIDDERS

A. Berrien RESA is seeking offers under seal for Blossomland Learning Center which is located at 711 St. Joseph Avenue, Berrien Springs, Michigan 49103 and Lighthouse Education Center at 379 West Glenlord, St. Joseph, Michigan 49085. Sealed bids will be received until 2:30 p.m. (local time), June 19, 2012 at the Administration Offices. All bidders shall bid in accordance with and upon the Bid Form included in the Contract Documents. Submit two copies of Bid Proposal. Late bids will not be accepted.

B. Project Description: This work shall consist of: Security Cameras and Video Equipment work and cable work.

C. All bids must be accompanies by a sworn statement disclosing any familial relationship that exists between the owner(s) or any employee of the bidder and any member of the Board of Education of the School District or the Superintendent of the School District. The Board of Education shall not accept a bid that does not include a sworn and notarized familial relationship disclosure statement.

D. A Mandatory Pre-Bid Conference will be held at the Blossomland Learning Center at 1:00 p.m. on June 6, 2012.

E. Submit your offer on the Bid Form provided. Bidders may supplement this form as appropriate.

F. Your offer will be required to be submitted under a condition of irrevocability for a period of 60 days after submission.

G. The Owner reserves the right to accept or reject any or all offers.

END OF BID SOLICITATION

BID FORM – SECURITY CAMERAS

THE PROJECT AND THE PARTIES

1.01 TO:

A. Berrien RESA

1. 711 St. Joseph Avenue

2. Berrien Springs, Michigan 49103

1.02 FOR:

A. Security Camera Replacement to Blossomland Learning Center & Lighthouse Education Center.

1.03 BID DUE DATE: June 19, 2012

1.04 SUBMITTED BY: (Bidder to enter name and address)

A. Bidder’s Full Name _________________________________________

1. Address _______________________________________________

2. City, State, Zip __________________________________________

1.05 OFFER

A. Having examined the Places of The Work and all matters referred to in the Instructions to Bidders and the Contract Documents for the above mentioned project, we, the undersigned, hereby offer to enter into a Contract to perform the Work for the Sum of: (Bidders may choose one or multiple contracts).

B. Security Camera Work: Blossomland Learning Center:

________________________________________________________________dollars

($_______________________), in lawful money of the United States of America.

Security Camera Work: Lighthouse Education Center:

________________________________________________________________dollars

($_______________________), in lawful money of the United States of America.

Security Camera Work: Blossomland Learning Center & Lighthouse Education Center:

________________________________________________________________dollars

($_______________________), in lawful money of the United States of America.

C. All applicable federal taxes are included and State of Michigan sales taxes are included in the Bid Sum.

1.06 ACCEPTANCE

A. This offer shall be open to acceptance and is irrevocable for sixty days from the bid closing date.

B. If this bid is accepted by Berrien RESA within the time period stated above, we will:

1. Execute the Agreement within seven days of receipt of Notice of Award.

2. Furnish the required bonds within seven days of receipt of Notice of Award.

3. Commence work within seven days after written Notice to Proceed of this bid.

1.07 CONTRACT TIME

A. If this Bid is accepted, we will:

B. Substantially Complete the Work, by the 20th day of August, 2012.

C. Totally Complete the Work including punch list items, by the 24th day of August, 2012.

1.08 CHANGES TO THE WORK

A. When Berrien RESA establishes that the method of valuation for Changes in the Work will be net cost plus a percentage fee in accordance with General Conditions, our percentage fee will be:

1. Fifteen (15%) percent overhead and profit on the net cost of our own Work:

2. Ten (10%) percent on the cost of work done by any Subcontractor.

B. On work deleted from the Contract, our credit to Berrien RESA shall be Owner-approved net cost plus zero percent (0%) of the overhead and profit percentage noted above.

1.09 ADDENDA

A. The following Addenda have been received. The modifications to the Bid Documents noted below have been considered and all costs are included in the Bid Sum.

1. Addendum # ____________Dated _____________.

2. Addendum # ____________Dated _____________.

3. Addendum # ____________Dated _____________.

4. Addendum # ____________Dated _____________.

1.010 BID FORM SUPPLEMENTS

A. The following Supplements are attached to this Bid Form and are considered an integral part of this Bid Form:

1. Supplement C – Alternatives: Include the cost variations to the Bid Sum applicable to the Work.

2. Supplement J – Non-Collusion Affidavit

3. Supplement K – Non-Asbestos Affidavit

4. Supplement L – Familial Relationship Disclosure Affidavit

5. Supplement M - Equipment

1.011 BID FORM SIGNATURE(S)

A. The Corporate Seal Of

B. __________________________________________

C. (Bidder – print the full name of your firm)

D. Was hereunto affixed in the presence of:

E. __________________________________________

F. (Authorized signing officer, Title)

G. (Seal)

H. __________________________________________

I. (Authorized signing officer, Title)

1.012 If the Bid is a joint venture or partnership, add additional forms of execution for each member of the joint venture in the appropriate form or forms as above.

END OF BID FORM

SECTION 00433

SUPPLEMENT C – LIST OF ALTERNATIVES

PARTICULARS

1.01 The following is the list of Alternatives referenced in the bid submitted by:

1.02 (Bidder) _______________________________________________________________

1.03 TO (Owner), Berrien RESA

1.04 Dated June 19, 2012 and which is an integral part of the Bid Form.

ALTERNATIVES LIST

2.01The following amounts shall be added to or deducted from the Bid Amount. Alternatives: Schedule of Alternatives.

2.04Voluntary Alternatives: (Add) (Deduct) $______________________

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

END OF SUPPLEMENT C

SECTION 00440

SUPPLEMENT J – NON-COLLUSION AFFIDAVIT

STATE OF __________________________________

1.01 COUNTY OF ____________________________

1.02 The undersigned bidder or agent, being dually sworn, on oath says that he will not, nor will any other member, representative, or agent of the firm, company, corporation or partnership represented by him, enter into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting, nor to prevent any person from bidding not to induce anyone to refrain from bidding, and that his bid is made without reference to any other bid and without any agreement, understanding, or combination with any other person in reference to such bidding in any way or manner whatever.

1.03 _____________________________

1.04 _____________________________

1.05 _____________________________

1.06 Bidder or Agent

1.07 _____________________________

1.08 FOR: ________________________

1.09 Firm or Corporation

1.010 _____________________________

1.011 Subscribed and sworn to before me this

1.012 _______ day of _________________, _______.

1.013 _____________________________

1.014 Notary Public

1.015 _____________________________

1.016 My commission expires: __________________

END OF SUPPLEMENT J

SECTION 00441

SUPPLEMENT K – NON-ASBESTOS AFFIDAVIT

STATE OF __________________________________

1.01 COUNTY OF ____________________________

1.02 The undersigned bidder or agent, being dually sworn, on oath says that he will not, nor will any other subcontractor, representative, or agent of the firm, company, corporation or partnership represented by him, purchase equipment containing asbestos, or install asbestos containing material for this facility.

1.03 _____________________________

1.04 _____________________________

1.05 Typed Name

1.06 _____________________________

1.07 Typed Title

1.08 _____________________________

1.09 Bidder or Agent

1.010 _____________________________

1.011 FOR: _________________________

1.012 Firm or Corporation

1.013 _____________________________

1.014 Subscribed and sworn to before me this

1.015 _______ day of _________________, _______.

1.016 _____________________________

1.017 Notary Public

1.018 _____________________________

1.019 My commission expires: __________________

END OF SUPPLEMENT K

SECTION 00442

SUPPLEMENT L – FAMILIAL RELATIONSHIP DISCLOSURE AFFIDAVIT

1.01 The undersigned, the owner or authorized officer of ______________________________________ (the “Bidder”), pursuant to the familial disclosure requirement provided in the _________________ ____________________________(“the School District”) advertisement for construction bids, hereby represent and warrant, except as provided below, that no familial relationships exist between the owner(s) or any employee of _________________________________ and any member of the Board of Education of the School District or the Superintendent of the School District.

LIST ANY FAMILIAL RELATIONSHIPS:

2.01_______________________________________________

2.02_______________________________________________

2.03_______________________________________________

2.04_______________________________________________

2.05_______________________________________________

2.06_______________________________________________

2.07_______________________________________________

2.8 Bidder: _________________________________

2.9 By: ____________________________________

2.10 Its: ____________________________________

2.11 (STATE OF MICHIGAN )

2.12 (COUNTY OF ___________________)

2.13 This instrument was acknowledged before me on the ________ day of ________.

2.14 By ___________________________________________

2.15 _____________________________________________

2.16 , Notary Public

2.17 ________________________________County, Michigan

2.18 My commission expires: _________________________

2.19 Acting in the County of: _________________________

END OF SECTION

SUPPLEMENT M - EQUIPMENT

BLOSSOMLAND LEARNING CENTER

EQUIPMENT

QUANTITY

COST EACH

TOTAL

HVR-PELCO 16 CAMERA (ANALOG)

DX4716-1000

6

INDOOR CAMERAS

PELCO 1520 DWSV8

72

OUTDOOR CAMERAS

JVC-TK-C9300UA

14

PORT SWITCH

KVM-6 PORT

1

CABLING

PER FT.

POWER SUPPLY (IF REQUIRED)

1

LIGHTHOUSE EDUCATION CENTER

EQUIPMENT

QUANTITY

COST EACH

TOTAL

HVR-PELCO 16 CAMERA

DX4716-1000

4

INDOOR CAMERAS

PELCO 1520 DWSV8

52

OUTDOOR CAMERAS

JVC-TK-C9300UA

7

OUTDOOR CAMERA HOUSING

(TO MATCH EXISTING)

3

CABLING

PER FT.

POWER SUPPLY (IF REQUIRED)

END OF SECTION

INSTRUCTIONS TO BIDDERS

FORM OF INSTRUCTIONS TO BIDDERS

1.01 See AIA Document A701 (1997 Edition), Instructions to Bidders.

1.02 The instructions in this document amend or supplement the Instructions To Bidders and other provisions of the Bidding and Contract Documents.

1.03 DOCUMENT INCLUDES

A. Bid Documents and Contract Documents

1. Definitions

2. Contract Documents Identification

3. Availability

4. Examination

5. Inquiries/Addenda

6. Product/Assembly/System Substitutions

B. Site Assessment

1. Site Examination

2. Prebid Conference

C. Bid Enclosures/Requirements

1. Performance Assurance

2. Insurance

3. Bid Form Requirements

4. Fees for Changes in the Work

5. Bid Form Signature

6. Additional Bid Information

7. Selection and Award of Alternatives

D. Offer Acceptance/Rejection

1. Duration of Offer

2. Acceptance of Offer

BID DOCUMENTS AND CONTRACT DOCUMENTS

2.01 DEFINITIONS

A.Bid Documents: Contract Documents supplemented with Invitation To Bid, Instructions to Bidders, Information Available to Bidders, Bid Form Supplements To Bid Forms and Appendices identified.

B.Contract Documents: Defined in AIA A201 Article 1 including issued Addenda.

C.Bid, Offer, or Bidding: Act of submitting an offer under seal.

Bid Amount: Monetary sum identified by the Bidder in the Bid Form.

2.2 CONTRACT DOCUMENTS IDENTIFICATION

A. The Contract Documents are identified as Security Camera Replacement.

2.03 AVAILABILITY

A.Bid Documents are made available only for the purpose of obtaining offers for this project. Their use does not grant a license for other purposes.

2.04 EXAMINATION

A.Bid Documents may be viewed at the Berrien RESA Web Site, Bid 4 Michigan Website.

B.Upon receipt of Bid Documents verify that documents are complete.

C.Immediately notify Berrien RESA upon finding discrepancies or omissions in the Bid Documents.

2.05 A. Direct questions to the Project Coordinator, Doug Montey at 269-921-7797 or Fax 269-471-9251.

B.Addenda may be issued during the bidding period. All Addenda become part of the Contract Documents. Include resultant costs in the Bid Amount.

C.Verbal answers are not binding on any party.

D.Clarifications requested by bidders must be in writing not less than 7 days before date set for receipt of bids. The reply will be in the form of an Addendum, a copy of which will be forwarded to known plan holders.

2.06PRODUCT/ASSEMBLY/SYSTEM SUBSTITUTIONS

A.Where the Bid Documents stipulate a particular product, substitutions will be considered up to 10 days before receipt of bids.

B.The submission shall provide sufficient information to determine acceptability of such products.

C.When a request to substitute a product is made, Berrien RESA may approve the substitution and will issue an Addendum to known bidders.

D.The submission shall provide sufficient information to determine acceptability of such products.

E.Provide complete information on required revisions to other work to accommodate each proposed substitution.

F.Provide products as specified unless substitutions are submitted in this manner and accepted.

SITE ASSESSMENT

3.01 SITE EXAMINATION

A.Examine the project sites before submitting a bid.

3.02 PREBID CONFERENCE

A.A bidders conference has been scheduled for 1:00 p.m. on the 6th day of June 2012 at Blossomland Learning Center, 711 St. Joseph Avenue, Berrien Springs, Michigan 49103.

B.All general contract bidders, subcontractors are invited.

C.Summarized minutes of this meeting will be circulated to attendees. These minutes will not form part of the Contract Documents.

D.Information relevant to the Bid Documents will be recorded in an Addendum, issued to Bid Document recipients.

BID SUBMISSION

4.01 SUBMISSION PROCEDURE

A.Bidders shall be solely responsible for the delivery of their bids in the manner and time prescribed.

B.Submit two copies of the executed offer on the Bid Forms provided, signed in a closed opaque envelope, clearly identified with bidder’s name, project name and Berrien RESA on the outside.

4.02 BID INELIGIBILITY

A.Bids that are unsigned, improperly signed or sealed, conditional, illegible, obscure, contain arithmetical errors, erasures, alterations, or irregularities of any kind, may at the discretion of Berrien RESA, be declared unacceptable.

B.Failure to provide insurance requirements may, at the discretion of Berrien RESA be waived.

BID ENCLOSURES/REQUIREMENTS

5.01 INSURANCE

A.Provide a standard form provided by the insurance company stating their intention to provide insurance to the Owner in accordance with the insurance requirements of the Contract Documents.

5.02 BID FORM REQUIREMENTS

A.Complete all requested information in the Bid Form and Appendices.

5.03 SALES AND USE TAXES

A.The Contractor shall pay all sales, consumer, use and other similar taxes required by law.

5.04 FEES FOR CHANGES IN THE WORK

A.Include the fees for overhead and profit on own Work and Work by subcontractors.

B.Include in the Bid Form, the overhead and profit fees on own Work and Work by subcontractors, applicable for Changes in the Work, whether additions to or deductions from the Work on which the Bid Amount is based.

5.05 BID FORM SIGNATURE

A.The Bid Form shall be signed by the bidder, as follows:

1. Sole Proprietorship: Signature of sole proprietor in the presence of a witness who will also sign. Insert the words “Sole Proprietor” under the signature. Affix seal.

2. Partnership: Signature of all partners in the presence of a witness who will also sign. Insert the word “Partner” under each signature. Affix seal to each signature.

3. Corporation: Signature of a duly authorized signing officer(s) in their normal signatures. Insert the officer’s capacity in which the signing officer acts, under each signature. Affix the corporate seal. If the bid is signed by officials other than the president and secretary of the company, or the president/secretary/treasurer of the company, a copy of the by-law resolution of their board of directors authorizing them to do so, must also be submitted with the Bid Form in the bid envelope.

4. Joint Venture: Each party of the joint venture shall execute the Bid Form under their respective seals in a manner appropriate to such party as described above, similar to the requirements of a Partnership.

5.06 ADDITIONAL BID INFORMATION

A.Submit the following Supplements concurrent with bid submission:

1. Supplement C – Alternates: Include the cost variation to the Bid Amount applicable to the Work described.

2. Supplement J – Non-collusion Affidavit. Fill-in all required information specifically requested on the form.

3. Supplemental K – Non-Asbestos Affidavit. Fill-in all required information requested on the form.

4. Supplemental L – Familial Relationship Affidavit. Fill-in all required information requested on the form.

5.Supplemental M – Equipment. Fill-in all required information requested on the form.

5.07 SELECTION AND AWARD OF ALTERNATIVES

A.Indicate variation of bid price for alternatives listed on the Bid Form. Unless otherwise indicated, indicate alternatives as a difference in bid price by adding to or deducting from the base bid price.

B.Bids will be evaluated on the total of the base bid price and all or combinations of the alternatives. Owner will decide which alternatives will be included in the Work.

OFFER ACCEPTANCE/REJECTION

6.01 DURATION OF OFFER

A.Bids shall remain open to acceptance and shall be irrevocable for a period of sixty (60) days after the bid closing date.

6.02 ACCEPTANCE OF OFFER

A.Berrien RESA reserves the right to accept or reject any or all offers.

B.After acceptance by Berrien RESA, Berrien RESA will issue to the successful bidders a written Notice To Proceed.

END OF INSTRUCTIONS TO BIDDERS

SUPPLEMENTARY CONDITIONS

INTENT

1.01 These Supplementary Conditions amend and supplement the General Conditions defined in Document 00700 and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect.

1.02 The terms used in these Supplementary Conditions which are defined in the General Conditions have the meanings assigned to them in the General Conditions.

MODIFICATIONS TO AIA A201

2.01 The following supplements modify, change, delete from or add to the General Conditions of the Contract for Construction, A.I.A. document A201, 1997 Edition. Where any article of the General Conditions is modified or any paragraph, sub-paragraph or clause thereof is modified or deleted by these supplements, the unaltered provisions of that article, paragraph, sub paragraph or clause shall remain in effect.

ARTICLE 1 – GENERAL PROVISIONS

3.01 BASIC DEFINITIONS

3.02 THE PROJECT – Substitute the following:

A.This work shall consist of: security cameras and video equipment work; and cable work. Project is located at 711 St. Joseph Avenue, Berrien Springs, Michigan 49103 and 379 West Glenlord Rd., St. Joseph, Michigan 49085.

3.03 Whenever in these Specifications the following terms, or pronouns used in place of them, are used, the intent and meaning shall be interpreted as follows:

A.OWNER: Berrien RESA, 711 St. Joseph Avenue, Berrien Springs, Michigan 49103

ADDITIONAL ARTICLE 1.1 – BASIC DEFINITIONS

4.01 Project Manual: The Project Manual is the volume usually assembled for the Work which includes the Bid Documents, Contract Documents, and Specifications.

4.02 Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work, but does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse.

4.03 Furnish or Supply: To supply and deliver, unload, inspect for damage.

4.04 Install: To unpack, assemble, erect, apply, place, finish, cure, protect, clean, and ready for use.

4.05 Provide: To furnish or supply, plus install

EXECUTION, CORRELATIONS AND INTENT

5.01In the event of conflicts or discrepancies among the Contract Documents, interpretations will be based on the following priorities:

A. The Agreement

B. Addenda, with those of later date having precedence over those of earlier date.

C. The Supplementary Conditions

D. The General Conditions of the Contract for Construction.

E. Drawings and Specifications

1.In the case of an inconsistency between Drawings and Specifications or within either Document not clarified by addendum, the better quality or quantity of Work shall be provided in accordance with Berrien RESA interpretation.

5.02 Add the following paragraph:

A.Titles to divisions and paragraphs in the Contract Documents are introduced solely for convenience and shall not be taken as part of the specifications, and furthermore, shall not be taken as a correct and complete segregation of the several units of material and labor. No responsibility either direct or implied is assumed by Berrien RESA for omissions or duplications by the Contractor(s) or Subcontractor(s) due to real or alleged error in arrangement of matters in these Contract Documents.

5.03Actual field conditions and/or standards of practice in the Construction Industry may require minor deviation from details shown or methods of installation specified in the Contract Documents. All such changes shall be subject to prior acceptance by Berrien RESA.

ARTICLE 2 – OWNER

6.01 DEFINITION

6.02 Add the following sentence:

A.The term “Owner” shall refer to Berrien RESA, who shall be referred to throughout the Contract Documents as if singular in number and masculine in gender.

ARTICLE 3 – CONTRACTOR

7.01 USE OF SITE

A.Add the following subparagraphs:

1.Contractor shall store materials on the sites where directed and in such a manner which will not damage the grounds. Material deliveries shall be scheduled so that materials are not stored any longer than necessary. All items furnished to the sites shall be stored as directed.

2.Where Contractor’s operations will affect Owner’s operation and use of existing facilities, Contractor will arrange his work to minimize its effect on the existing facilities, and will coordinate the timing, sequencing and duration of the disruptions with Owner’s representative and proceed with such work only after receiving authority to do so.

7.02 REVIEW OF CONTRACT DOCUMENTS AND FIELD CONDITIONS BY CONTRACTOR

A.It shall be the responsibility of the Contractor to make timely requests of the Owner for any additional information which should be furnished by the Owner under the terms of the Contract, and which will be required in the planning and execution of the work. Such requests may be submitted in writing from time-to-time as the need is approached, but each shall be filed in ample time to permit appropriate action to be taken by all parties involved so as to avoid delay. The Contractor shall be fully responsible for any delay in work or to others arising from failure to comply fully with the provisions of this Section.

ARTICLE 4 – ADMINISTRATION OF THE CONTRACT

8.01 Owner

8.02 Add the following sentence:

A.The term “Owner” shall refer to Berrien RESA, which shall be referred to throughout the Contract Documents as if singular in number and masculine in gender.

8.03 ARBITRATION

8.04 Add the following:

A.The Owner reserves the right in its discretion to require consolidation to joinder of any arbitration arising out of or relating to this Agreement and the Contract Documents with another arbitration involving a person or entity not a party to this Agreement, in the event the Owner believes such consolidation or joinder is necessary in order to resolve a dispute or avoid duplication or time, expense or effort.

8.05 Add the following:

A.In the event the Owner is involved in a dispute which is not subject to arbitration involving a person or entity not a party to this Agreement, the arbitration provisions of this Agreement and the Contract Documents shall be deemed to be void and nonexistent in the event Owner, in its discretion, determines that the Contractor should become party to that dispute by joinder or otherwise.

8.06 Add the following:

A.In the event of an arbitration arising out of or relating to this Agreement or other Contract Documents, Owner reserves the right to insist that the arbitration hearing be conducted in the general area where the Owner’s principal place of business is located.

8.07 Add the following:

A.In the event of any inconsistency between the Supplementary Conditions and the General Conditions of the Contract for Construction, the terms of the Supplementary Conditions shall govern.

ARTICLE 7 – CHANGES IN THE WORK

9.01 MINOR CHANGES IN THE WORK

A.Minor changes in the work as defined above shall be referred to as “Field Orders”

ARTICLE 9 – PAYMENT AND COMPLETION

10.01 APPLICATIONS FOR PAYMENT

10.02 Substitute the following:

A.The form of Application for Payment shall be a notarized AIA Document G702, Application and Certification for Payment, supported by AIA Document G703, Continuation Sheet.

10.03 DECISIONS TO WITHHOLD CERTIFICATION

A.Add the following clause

1.Failure to supply waivers of lien or evidence of payment of all current accounts will be considered grounds for withholding partial payments, and failure to supply waivers for the entire job, on completion, will be grounds for withholding final payment.

10.04 PROGRESS PAYMENTS

10.05 Add the following paragraph:

A.The Contractor will submit pay request in writing to the Berrien RESA for ninety percent (90%), (100% minus 10% retention) of the value of all work performed and all materials suitably stored on the site, up to the date of submittal less than the aggregate of previous payments. The Owner will pay the Contractor by the end of the following month.

10.06 SUBSTANTIAL COMPLETION

A.Substantially complete the work as stated on Bid Form

10.07 FINAL COMPLETION AND FINAL PAYMENT

10.08 TOTALLY COMPLETE THE WORK, INCLUDING PUNCH LIST ITEMS as stated on the Bid Form.

10.09 Add the following sentence:

A.Final Payment will be paid no later than thirty-six (36) days after completion and acceptance by the Owner.

ARTICLE 10 – SAFETY

11.01 SAFETY OF PERSONS AND PROPERTY

A.Add the following clauses:

1.Whenever such items, finishes, property, etc., are damaged, they shall be completely replaced, including all required removal work, patching, repairing, refinishing, reinstallation, etc., at no cost to Owner.

B.Contractor shall continuously maintain adequate protection of all work from damage and shall protect Owner’s property and adjacent property from damage arising in connection with the Work.

ARTICLE 11 – INSURANCE

12.01 CONTRACTOR’S LIABILITY INSURANCE

12.02 The following are suggested minimum insurance limits. It shall be the responsibility of the Contractor to determine and obtain sufficient insurance to cover claims arising from the construction.

A.Worker’s Compensation

1.State – Statutory

2.Employer’s Liability - $500,000 ea. Accident, $500,000 disease, policy limit, $500,000 disease, each employee.

B.General Liability (including Premises-Operations; Independent Contractor’s Protective; Products and Completed Operations; Broad Form Property Damage)

C.Bodily Injury - $1,000,000 ea. Occurrence, $2,000,000 general aggregate

D.Property Damage - $1,000,000 ea. Occurrence, $2,000,000 general aggregate

E.Products and Completed Operations Insurance shall be maintained for a minimum period of one year from substantial completion.

F.Property Damage Liability shall include:

1.X (Explosion)

2.C (Collapse)

3.U (Underground)

G.Contractual Liability (to include Hold Harmless Agreement)

1.Bodily Injury & Property Damage - $1,000,000 ea occurrence, $2,000,000 aggregate

2.Personal Injury $2,000,000 aggregate

H.General Liability, General Aggregate endorsed to have General Aggregate apply to this project only.

I.Umbrella or Excess Liability - $1,000,000 over primary insurance, $10,000 retention

J.Automobile Liability (owned, non-owned, hired)

1.Bodily Injury - $1,000,000 ea person, $1,000,000 ea accident or combined single limit of $1,000,000.

2.Property Damage - $1,000,000 ea occurrence

12.03 Property Insurance

A.The Owner is to purchase an All-Risk policy in the names of the Owner, Contractor, Subcontractors, and Sub-Subcontractors as their interests may appear with limits equal to the contract sum.

B.The Contractor is to purchase an owners and Contractors Protective Policy with $1,000,000 limit.

ARTICLE 13 – MISCELLANEOUS PROVISIONS

13.01In connections with the performance of work under the contract; the Contractor agrees as follows:

13.02 In accordance with Act. No. 453, Public Acts of 1976, the Contractor hereby agrees not to discriminate against an employee or applicant for employment with respect to hire, tenure, terms, conditions or privileges of employment, or a matter directly or indirectly related to employment because of race, color, religion, national origin, age, sex, height, weight, or marital status. Further, in accordance with Act. No. 220, Public Acts of 1976 as amended by Act No. 478, Public Acts of 1980 the Contractor hereby agrees not to discriminate against an employee or applicant for employment with respect to hire, tenure, terms, conditions or privileges of employment, or a matter directly or indirectly related to employment because of a handicap that is unrelated to the individual’s ability to perform the duties of a particular job or position. A breach of the above covenants shall be regarded as a material breach of this contract.

13.03 The Contractor hereby agrees that any and all subcontractors to this contract, whereby a portion of the work set forth in this contract is to be performed, shall contain a covenant the same as herein before set forth in this section.

13.04 The Contractor will take affirmative action to insure that applicants for employment and employees are treated without regard to their race, color, religion, national origin, age, sex, height, weight, marital status or handicap that is unrelated to the individuals ability to perform the duties of a particular job or position. Such action shall include, but not be limited to the following: employment, upgrading, demotion or transfer, recruitment, advertisement, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship.

13.05 The Contractor will, in all solicitations or advertisements for employees place by or on behalf of the Contractor, state that all applications will receive consideration for employment without regard to race, color, religion, national origin, age, sex, height, weight, marital status or a handicap that is unrelated to the individual’s ability to perform the duties of a particular job or position.

13.06 The Contractor will comply with all relevant published rules, regulations, directives, and orders of the Michigan Civil Rights Commission which may be in effect prior to the taking of bids for any individual state project.

ARTICLE 14 – TERMINATION OR SUSPENSION OF THE CONTRACT

14.01 Delete this entire paragraph.

END OF DOCUMENT

SECTION 01230

ALTERNATIVES

PART 1 GENERAL

1.01 SECTION INCLUDES

A.Alternative submission procedures.

B.Documentation of changes to Contract Sum and Contract Time.

1.02 RELATED SECTIONS

A.Instructions to Bidders: Instructions for preparation of pricing for alternatives.

B.Supplement A – Alternatives: List of alternatives as supplement to Bid Form.

C.Agreement: Incorporating monetary value of accepted alternatives.

1.03 ACCEPTANCE OF ALTERNATIVES

A.Alternatives quoted on Bid Forms will be reviewed and accepted or rejected at Berrien RESA’s option. Accepted alternatives will be identified in the Owner-Contractor Agreement.

B.Coordinate related work and modify surrounding work to integrate the Work of each alternative.

1.04 SCHEDULE OF ALTERNATIVES

A.Voluntary Alternates:

1.Voluntary Alternates may be submitted. These alternates must be accompanied with the Manufacturer’s Specifications and design data that documents the validity of the alternate. Submit a description of your voluntary alternate and designate it by a number to correspond with a corresponding voluntary alternate number on the proposal form.

PART 2 PRODUCTS – NOT USED

PART 3 – EXECUTION – NOT USED

END OF SECTION

SECTION 07840

FIRESTOPPING

PART 1 GENERAL

1.01 SECTION INCLUDES

A.Firestopping materials.

B.Firestopping of all penetrations and interruptions to fire rated assemblies, whether indicated on drawings or not, and other openings indicated.

1.02 RELATED SECTIONS

A.Section 01700 – Execution Requirements: Cutting and patching.

1.03 REFERENCES

A.ASTM E 119 – Standard Test Methods for Fire Tests of Building Construction and Materials; 2000a.

B.ASTM E 814 – Standard Test Method for Fire Tests of Through-Penetration Fire Stops; 2002.

C.ITS (DIR) – Directory of Listed Products; Intertek Testing Services NA, Inc.; current edition.

D.FM P7825 – Approval Guide; Factory Mutual Research Corporation; current edition.

E.UL (FRD) – Fire Resistance Directory; Underwriters Laboratories Inc.; current edition.

1.04 SUBMITTALS

A.See Section 01300 – Administrative Requirements, for submittal procedures.

B.Schedule of Firestopping: List each type of penetration.

C.Product Data: Provide data on product characteristics.

D.Manufacturer’s Installation Instructions: Indicate preparation and installation instructions.

E.Manufacturer’s Certificate: Certify that products meet or exceed specified requirements.

1.05 ENVIRONMENTAL REQUIREMENTS

A.Comply with firestopping manufacturer’s recommendations for temperature and conditions during and after installation. Maintain minimum temperature before, during, and for 3 days after installation of materials.

B.Provide ventilation in areas where solvent-cured materials are being installed.

PART 2 PRODUCTS

2.01 FIRESTOPPING ASSEMBLIES

A.Firestopping: Any material meeting requirements.

1.Fire Ratings: Use any system listed by UL, FM, or ITS (Warnock Hersey) tested in accordance with ASTM E 814 or ASTM E 119 that has F Rating equal to fire rating of penetrated assembly and T Rating Equal to F Rating and that meets all other specified requirements.

2.02 MATERIALS

A.Elastomeric Silicone Firestopping: Single or Multiple component silicone elastomeric compound and compatible silicone sealant.

1.Manufacturers:

a.A/D Fire Protection Systems Inc: www.adfire.com

b.3M Fire Protection Products: www.3m.com/firestop

c.Specified Technologies, Inc: www.stifirestop.com

d.Substitutions: See Section 01600 – Product Requirements.

B.Fibered Compound Firestopping: Formulated compound mixed with incombustible non-asbestos fibers.

1.Manufacturers:

a.A/D Fire Protection Systems Inc: www.adfire.com

b.USG: www.usg.com

c.Substitutions: See Section 01600 – Product Requirements.

C.Primers, Sleeves, Forms, and Accessories: Type required for tested assembly design.

PART 3 EXECUTION

3.01 EXAMINATION

A.Verify openings are ready to receive the work of this section.

3.02 PREPARATION

A.Clean substrate surfaces of dirt, dust, grease, oil, loose material, or other matter which may affect bond of firestopping material.

B.Remove imcompatible materials which may affect bond.

C.Install backing/damming materials to arrest liquid material leakage.

3.03 INSTALLATION

A.Install materials in manner described in fire test report and in accordance with manufacturer’s instructions, completely closing openings.

B.Do not cover installed firestopping until inspected by authority having jurisdiction.

C.Install labeling required by code.

3.04 CLEANING AND PROTECTION

A.Clean adjacent surfaces of firestopping materials.

B.Protect adjacent surfaces from damage by material installation.

END OF SECTION

TECHNOLOGY AND EQUIPMENT

PART 1 GENERAL

1.01 References

1.Design, test and install telecommunications cabling networks per manufacturer’s requirements and in accordance with NFPA-70 (National Electrical Code) State codes, local codes, requirements of authorities having jurisdiction, and particularly the following standards:

A.NFPA (National Fire Protection Association)

B.National Electrical Code (ANSI/NFPA-70)

C.National Electrical Safety Code (NESC)

D.ANSI/TIA/EIA Standards

E.Federal Communications Commission (FCC)

F.Industry Standards

G.Manufacturer’s Installation procedures and requirements

1.02 Notice

1.Drawings, General Conditions, Supplementary Conditions, and General requirements are part of this RFP.

2.The work required under this division consists of furnishing all materials, equipment, tools, transportation and performing all services and labor required to execute the instructional technology work for this project, as specified, in place and complete.

3.Submit Product data for all prefabricated items and components of job-applied systems if required by individual Specification Sections under this division.

4.The materials or products specified herein by trade or manufacturer’s name or catalog number are selected as standards of design and quality. Substitutions are not permitted, except as stated herein.

5.Contractor shall be fully certified by the manufacturer(s) for all products and systems installed. All certifications for products used shall be kept current during the entire project.

1.03 Project Conditions

1.Contractor presenting a proposal, represent that they have read and understand the RFP and their proposal is made in accordance with the RFP documents.

2.Installing Contractor shall have a minimum (5) years of experience in Technology Systems of similar type and scope.

3.All materials used will be new and quality materials. All work will be quality workmanship and of the highest industry standards.

4.Drawings are diagrammatic and indicate the general arrangement of systems and work included in these documents.

5.Furnish all labor, materials, and equipment to install and successfully test systems and work included in the documents. Final placement is the responsibility of the contractor.

6.Questions regarding this project must be submitted in writing to Doug Montey, Berrien RESA by fax (269) 471-9251 or email [email protected].

7.Provide a complete equipment list including manufacturer’s names, model numbers, and quantities of each item.

8.A representative of the Berrien RESA will inspect work. Unacceptable work or materials will be replaced, reworked or repaired at the contractor’s expense.

9.All work will be performed according to ANSI/TIA/EIA-568 standards, accepted industry practices and as per this RFP.

10.This is a NON Prevailing Wage Project.

PART 2

VIDEO SURVEILLANCE SYSTEM

1.The intent of Berrien RESA is to design and install a Video Surveillance System consisting of video cameras connected to Digital Video Recording Units.

2.At the Digital Video Recorder location and at all camera locations all power and video connections will be the contractor’s responsibility.

3.All hardware including Cameras, mounting equipment, Digital Recording System, Power Supply and connection devices will be supplied and installed by the selected contractor.

4.The cost of system training for the end user shall be included in the contractors bid price.

1.01 Surveillance Cameras

1.The Cameras for Pool Room at Blossomland Learning Center and All Outdoor shall be installed in Outside Grade Weatherproof Housings with Heater and Blower in each. Weatherproof single gang box using seal-tight connectors will be used from wall to Housing for cabling to camera. JVC Model TK-C9300UA (or equivalent)

1.03 COLOR CLOSED CIRCUIT TELEVISION CAMERA

A.General

1.Provide high resolution color CCD camera(s) with integrated 12-bit Digital Signal Processing.

2.The camera shall feature a programmable mechanical infrared cut filter witch switches between color and black and white modes during low light conditions.

a.Automatic switching mode with level and time delay setting

b.Levels: Dark, Normal or Bright

c.Time delay: 10, 20 or 30 seconds

d.Manual: Fixed color or black and white mode

e.Externally switched: Color or black and white mode

3.The camera shall feature wide dynamic range and high speed, automatic dual exposure control for each pixel element.

4.One third inch Interline Transfer CCD Chip measuring 4.8mm horizontal by 3.6mm vertical with 380,000 (768H x 494V) effective pixels producing 580 lines horizontal resolution

5.Signal system: NTSC

6.Video Processing: Built-in 12-bit Digital Signal Processing

7.Dual edge detail correction with horizontal and vertical 2H line memory

8.Scene illumination:

a.Color Mode:0.025 lx, fl.2, AGC SUPER, 25 IRE (25% video)

b.B/W Mode:0.003 lx, fl.2, AGC SUPER, 25 IRE (25% video)

9.Back Light Compensation:4 patterns

10.Shutter Speed

11.Iris control: DC Iris

12.Programmable external sensitivity control via on screen menu

13.Programmable Focus Adjustment function

14.Onscreen display via built in camera setup menu

15.Automatic Gain Control: OFF / MID / HIGH

16.Sense up (slow shutter): OFF, x2, x4, x8, x16, x32, x64, x128

17.Camera title overlay

18.Brightness

19.White Balance Area

20.Color Level

21.Black Level

22.Auto Black

23.Enhance Level

24.DNR Level

25.Digital Zoom: x1, x1.4, x2

26.Motion Detect

27.Reverse Mode

28.Privacy Mask (4 areas)

29.CCD Spot compensation

B.Electrical

1.Input voltage: AC 24V 60Hz or DC 12V

2.Power consumption: 2.5 watts

3.Scanning system: 2-1 interlaced, 580 lines

4.Synchronization System: Internal

5.White Balance: Continuous Auto Tracking White (ATW) or manual

a.2,300 to 10,000 degrees Kelvin

6.Automatic Gain Control

7.Video output: Composite video, 1 v peak to peak, 75 Ohms resistance

8.Signal to Noise Ratio: 52dB (AGC off)

C.Mechanical

1.Dimensions: 5 inches (126mm) long by 2 3/16 inches (55mm) wide by 2 7/16 inches (61mm) high.

2.Weight: 0.6 pounds (270 g)

3.Lens mount: CS

4.Front controls/connectors:

a.Back Focus Adjustment

b.Adjustment screw x 1: Back focus lock

5.Side control/connectors:

a.4 pin mini connector: Auto Iris Connector

b.LED x 1: Power indicator

6.Bottom controls/connectors

a.Mounting Plate with One Quarter / Twenty (1/4-20) screw hole

7.Rear controls/connectors:

a.Screw terminal x 2: Power input

b.Mini terminal x 2: Auxiliary input

c.BNC x 1: Composite video output

d.Mini Dip Switch x 4:

1.Automatic Day/Night – Auto/Off

2.Back Light Compensation – On/Off

3.Monitor Type – LCD/CRT

4.Wide Dynamic Range – On/Off

e.Push Button x 6:

1.On screen display menu x 1

2.Menu navigation and selection x 4

3.Setting execute parameter x 1

D.Environmental

1.Temperature Range

a.Storage: 14 to 122 degrees Fahrenheit (-10 to 50 degrees Celsius)

b.Operating: 32 to 104 degrees Fahrenheit (0 to 40 degrees Celsius)

2.Relative Humidity Range

a.Storage: 15% to 85%, non-condensing

b.Operating: 20% to 80%, non-condensing

3.The unit is suitable for indoor operation

E.Regulatory

1.Emission:

a.FCC Part 15, Subpart B, Class B

b.ICES-003, Class B

2.Safety:

a.UL 2044 – Commercial Closed Circuit Television Equipment

3.Environmental Sustainability:

a.RoHS Directive

1.04 MANUFACTURED UNITS

A.JVC Model Number: TK-C9300UA (or equivalent)

B.Included items: Installation Manual, Setup Manual, Warranty Card

2.01 The Cameras for Hallways and all other Rooms – Pelco IS20DWSV8 (or equivalent)

1GENERAL

A.Equipment and materials used shall be standard components that are manufactured and available for purchase as standard replacement parts as long as the product is commercially available from the manufacturer.

B.All manufactured products shall be thoroughly tested and proven in actual use.

C.All manufactured products shall include, at no additional cost, online support services and availability of a toll-free (U.S. and Canada), 24-hour technical assistance program (TAP) for emergencies.

D.The manufacturer shall repair or replace without charge, manufactured products proven defective in material or workmanship for the stated warranty period from the date of shipment.

2PRODUCTS

2.01 INDOOR MINI DOME, SURFACE AND FLUSH MOUNT

A.The indoor mini dome camera system shall integrate a camera and lens package into a small indoor enclosure that can be mounted directly to, or recessed into, a ceiling or wall.

B.The indoor mini dome camera system shall offer Super Dynamic 5 (SD5)™ day/night wide dynamic range (WDR) option, which features a high resolution (650 TVL) color camera with auto iris, varifocal lens, and auto back focus.

C.The indoor mini dome camera system shall offer true day/night option, which features a high resolution (540 TVL) color camera with auto iris and varifocal lens.

D.The indoor mini dome camera system shall offer a high resolution (540 TVL) color camera, which features auto iris, simple day/night functions, and varifocal lens.

E.The indoor mini dome camera shall offer 24 VAC or 12 VDC operation (autosensing).

F.The indoor mini dome camera shall have manual 3-axis (pan/tilt/rotation) positioning to allow adjustment for optimum camera rotation and placement.

G.The indoor mini dome camera system shall provide a service connector for video output.

H.The mini indoor dome camera system shall offer adaptive black stretch (ABS) to provide optimal image quality in dark areas by increasing the visibility in those areas.

I.The mini indoor dome DWS series camera system shall provide an auto image stabilizer to compensate for external vibration.

J.The indoor mini dome DWS series camera system shall feature Super Dynamic 5 (SD5) technology.

1.The Super Dynamic 5 (SD5) day/night WDR camera models shall be equipped with auto back focus (ABF) and intelligent motion detection (i-VMD).

2.The i-VMD feature shall provide a built-in video motion detector to detect motion within a targeted area.

3.The i-VMD analytics shall include motion detection, object abandonment/removal, and scene change detection.

K.The indoor mini dome camera system shall meet or exceed the following design and performance specifications.

1.Camera Specifications

2.Construction

a. EnclosureABS plastic

b. BubblePolycarbonate resin

c. FinishWhite

d. Unit Weight

1. Super Dynamic 5 Surface1.98 lb (0.9 kg)

2. Super Dynamic 5 Flush3.53 lb (1.6 kg)

3. Color and D/N, Surface0.95 lb (0.43 kg)

4. Color and D/N, Flush1.57 lb (0.71 kg)

e. Multilingual On-Screen DisplayEnglish, French, Spanish,

German, Portuguese, Russian,

Japanese

1.IS20/IS21-DWS Series (Super Dynamic (SD5) Day/Night Wide Dynamic Range)

a.Image Sensor1/3-inch interline transfer CCD

b.Effective Pixels

1.NTSC976 (H) x 494 (V)

2.PAL976 (H) x 582 (V)

c.Scanning Area0.19-inch (H) x 0.14-inch (V) (4.8 x 3.6 mm)

d.Scanning System2:1 interlace

e.Scanning Lines

1.NTSC525 lines

2.PAL625 lines

f.Scanning frequency

1.NTSCHorizontal, 15.734 kHz; vertical, 59.94 Hz

2.PALHorizontal, 15.625 kHz; vertical, 50.00 Hz

g.SynchronizationInternal; LL (phase adjustable power supply

synchronization)

h.Horizontal Resolution650 TV lines, typical (color mode);

700 TV lines, or more (B-W mode)

i.Minimum Illumination0.1 lux (color mode);

0.003 lux (sensitivity up x32);

0.01 lux (B-W) mode;

0.0003 lux (sensitivity up x32)

j.Dynamic Range54 dB/128X

k.Day/Night TypeIR filter removal

l.Video Output1.0 Vp-p, NTSC/PAL composite, 75 ohms, BNC

connector

m.White BalanceAutotracking white balance/automatic white balance

control

n.Signal-to-Noise Ratio50 dB (equivalent to AGC off, weight on)

o.Lens2X varifocal lens

p.Focal Length3.8~8.0 mm

q.F-Numberf/1.4 (WIDE) to f/1.8 (TELE)

r.Focus Range∞ to 3.9 ft (1.2 m)

s.Angle of View

1. Horizontal73.6° wide zoom; 35.6° telephoto zoom

2. Vertical53.4° wide zoom; 26.6° telephoto zoom

t.Adjusting Angle

1. Panning Range±170°

2. Tilting Range±75°

3. Rotation Range±100°

3.01 Digital Video Recorder – Pelco Model DX4716-1000 – 18 Channel

(SEE ATTACHED SPECIFICATIONS)

4.01 Camera Cable

1.Shall be plenum rated.

2.Shall be a Siamese cable consisting of 18 awg, 1 pair, shielded copper conductors and one RG59 coax cable.

3.All BNC connectors should be changed to the new connectors RG59 BNC Compression Connector, (i.e. Snap-n-Seal) to provide a better and reliable connection.

5.01 Port Switch

1. Install a KUM-6 port switch in rack at Blossomland Learning Center.

6.1 Power Supply

1. Supply any additional power supply for new cameras as needed.

7.01 All equipment removed is to be turned over to Owner Berrien RESA.

8.01 Label all cameras.

9.01 Testing and Final Acceptance

J:/Grounds/Bids2012/securitycamerareplacementatlec&blc